Loading...
BIOSOLIDS HAULING AND DISPOSAL CONTRACT AND CERTIFICATE OF LIABILITY INSURANCE " Public. l.Jtilitie.s /\gree,'m.ent Sl1111Tnary ~~ APPALACHIAN MATERIAL SERVICES (AMS), INC Type: Parties: Effective Date: Expiration: Renewal: Biosolids Services Agreement Clearwater & AMS, Inc. 4/20/2005 Termination: 4/20/2007 (with option for a one-year extension at City's discretion) Optional one-year extension, then contract must be re-bid. City may cancel without cause with 30-day's prior written notice of "Intention to Cancel" for failure to abide by terms or conditions of contract. Marshall St, Northeast & East WWTPs Biosolids Hauling and Disposal Contract (includes Class B, Unstabilized [cake], and Liquid Sludge [additional storage & pumping from tank]) Legal Description: Background: Basic Terms: . See bid and contract documents 2/9/06 CITY OF CLEARWATER, FLORIDA RESPONSE TO R E QUEST FOR PRO P 0 S A L (R F P # 16 - 0 5 ) FOR BIOSOLIDS SERVICES AMS, INC P.o. Box 97 Terra Ceia, FL 34250 . Office: 941-776-8706 Fax: 941-776-8707 March 25, 2005 APPALACHIAN MATERIAL SERVICES. ING. P.O. BOX 97 TERRA CEIA, FL 34250 OFFICE: 941.776.8706 FAX: 941.776.8707 March 16, 2005 City of Clearwater Municipal Services Building 100 So. Myrtle Ave 3rd Floor Clearwater, FL 33756 Attn: George McKibben Purchasing Manager Re: Request For Proposal (RFP #16-05) For Biosolids Services Dear Mr. McKibben, Appalachian Material Service, Inc is pleased to respond to the City of Clearwater's Request for Proposal for the above referenced project. Enclosed is the requested information necessaryJor the City to evaluate our capabilities. We have enclosed two additional proposal sheets, labeled C. and D. for your review and appreciate your attention to these documents. Included is an account of our Company's history. As indicated, Appalachian Material Service, Inc. currently has three Residual Management Facilities. The Nordgren RMF, FLA280348 is located in Hernando County, while the MJ RMF, FLA 190284 and the Taylor RMF, FLA268267 are located in Manatee County. Our permitted application sites that would be used for the City of Clearwater's biosolids are located in Hernando, Highlands, Manatee, and Polk counties. The database we use for record keeping allows us to provide clients and local governmental agencies with detailed information obtained from the daily loads hauled, processed and or land applied. Additionally, we produce the DEP required Residual Annual Summaries for all our customers. We look forward to working with the City of Clearwater's staff on this project. We are confident that we can provide the citizens of Clearwater with an environmentally safe and reliable system to transport, process and dispose of your biosolids. We will be happy to provide you with complete documentation if our proposal comes under consideration. Please feel free to contact me at your convenience. Sincerely, Appalachian Material Services, Inc. ~ J on Wimpy {/,' President I-rom: .Jane Maruey At: RTllnsurance Services, Inc. FaxlD: RTI INSURANCE SERVIC To: Kathy Date: 312112005 09:58 AM Page: '2 of 3 ACORD.. CERTIFICATE OF LIABILITY INSURANCE OP 10 l~ DATE (MMlDDIYYYY) APP~-l 03/21/05 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION RTI Insurance-Bradenton ONLY AND CONFE~SNO RIGHTS UPON THE CERTIFICATE Braden ton HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXrEND OR 6311 Atrium Drive, suite '209 ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. Bradenton FL ,34202 Phone: 941-328-4487 Fax: 941-328-6711 INSURERS AFFORDING COVERAGE NAlC# INSURED 1/IlSUlER A:. Canal Insurance COlDPanv INSLRER 8: ~palachian Material Service, INSLRER c: Nautilus Insurance Company P Box 97 1/IlSUlER 0: tr~.ssi..,. %nsurane. CHlpany 02962 Terra ceia FL 34250 I~E: American EmDire COVERAGES THE POliCIES OF INSURANCE L1,STED BELOW HAVE 8EE/lISSUED TO THE I/ISUlED NMEDABOVE fOR THE POliCY PERIOD I!\OICATED. NOTWIlHSTAM>11IG NlY REOUIREtIE/IT, TERM OR COIVI1JO/I OF />IIY CONTRACT OR OTHER IJOCI.NE/IT WITH RESPECT TO WHICH THIS CERTIfiCATE MAY BE ISSUED OR MAY PERTAI/I, THE IIISlRI'NCE AffORDED 8Y THE POliCIES DESCRIBED I-EREI/IIS Sl8.ECT TO All THE TERMS. EXClUSIONS At<<) CONDITIONS OF SUCH POliCIES. AGGREGATE lIMITS SHOWN MAY HAVE BEEN REDUCED 8Y PAID CLAIMS. ~~ TYPE OF tlSURANCl POLICY NUMBER DATE (MMlDDIYY) 'DA1;I:' IMtNooIYY) LHITS GENERAl lIABILITY EACH OCCUlRENCE $1,000,000 I-- C ~ COM.ERCIAI. GENERAl lIABILITY NC337131 03/19/05" 03/19/06 u""'"""" $ 100,000 tJ CLAlMSM>a: ~ OCCLR PREMISES (Ea oco.xenca) I-- tIED EXP (Any one person) $5,000 PERSOIIAl & I'DV ItuJRY 51,000,000 I-- GEfoERAl AGGREGATE $2,000,000 - GEN'I. AGGREGATE LIMIT APPliES PER: PRODUCTS - COIdPIOP AGG 5 Included IPQICyn~ nlOC AUTOMOBILE UABlllTY COtIBINED SIIIGlE LIMIT - 51,000,000 A />IIY AlITO X021742 - l,OOO,Ooe 03/19/05 03/19/06 (Ea ac<;jdert) - A All OWNED AUTOS BOOR. Y IN.A.RY - 5 0 ~ SCl-EDUlED AUTOS (Par person) HIRED AUTOS BODll Y ItuJRY - 5 /ION-OWNED AlITOS (Par acciderll - f-- PROPERTY OIIMAGE 5 (Par acciderl) GARAGE lIABlllTY AlITO Otl. Y - EA ACCIDENT $ ~ />IIY AlITO OTI-ER TH/>II EA ACC $ AlITO Otl. Y: AGG 5 EXCESSNMBREU..A UABILlTY EACH OCCUlRENCE 52,000,000 E ~OCClR o CLAIMS MODE 4CUl1750 07/20/04 03/19/05 AGGREGATE 52,000,000 5 ~, ~EDUCTIBlE . 5 X REtE/I1JO/I $10,000 $ WORKERS COr.l'ENSATION AND I TORY LIMITS I I urn- EMPLOYERS' lIABilITY E.l. EACH ACCIDENT $ />IIY PROPRIETORJPAATNERJE)(ECUTIVE OFflCERlMEM3ER EXCLI.J)E[)1 E.l. DISEASE - EA EMPlOYEE 5 II yes, describa 00ller E.l. DISEASE - POliCY LIMIT 5 SPECIAl. PROVISIONS b_ OTtER Auto Physical Dam 5CA7773 07/20/04 01/02/05 TIV 600,000 Essex -BKa Ded 5,000 DES~ON OF OPERATIONS I LOCATIONS J VEHICLES J ExcLUSIONS ADDED BY ENOORSEMENT I SPECIAL PROVISIONS CERnFlCATE HOLDER CANCELLATION APPA097 SHOULD NlY OF THE ABOVE DESCRIBED POLICIES BE CANCElLED BEfORE TtE EXPIRATION Appalachian Material services DATE THEREOF, THE ISSUING INSURER WIll ENDEAVOR TO MAIl. 30 DAYS WRITTEN - Inc NOTICE TO TtE cERTlFlCATE HOLDER NAMED TO THE lEFT, IlVT FAILURE TO 00 SO SHAll Fax 941-776-8707 IMPOSE NO OBLIGATION OR LIABILITY OF NlY I<l-1O UPON THE INSURER. ITS A,GENTS OR PO Box 97 Terra Ceia FL 34250 REPRESEllTATlVES. AUTHORIZED REPRESENT A TlVE John M Gada ACORD 25 (2001108) @ACORDCORPORATION1988 Branch Banking & Trust Co. 60 Main SlreetWesl Dahlonega, GA 30533 March 18, 2005 City of Clearwater 100 S. Myrtle Ave. 3 rd Floor Clearwater, FI. 33756 RE: RFP-16-05 To Whom It May Concern: Please accept this letter as our commitment to issue a commercial letter of credit for Appalachian Material Service, me., for your benefit in an amount up to $400,000.00. Sincerely, R,pf~ft- Robert Schue~r Vice President BIDDER'S PROPOSAL PROJECT: HAULING AND DISPOSAL OF BIOSOLIDS A. BASE BID ITEMS ITEM EST. UNIT UNIT NO. DESCRIPTION UNIT OTY. PRICE TOTAL 1. STABILIZED (Class B) WET TONS 435 $ 38 80wetton $1fiR7R.00 BIOSOLIDS (pER WEEK) (DEWATERED CAKE) TO LAND APPLICATION 2. UNST ABILIZED SLUDGE WET TONS 200 $ r:;R R owet ton $11760.00 (DEW ATERED CAKE) (pER WEEK) TO LANDFILL 3. LIQUID SLUDGE GALLONS 84,000 $ O. 0 1 8gallon $1512.00 (Approx. 6% Total Solids) (PER WEEK) EAST APCF TO NE APCF BIDDER'S WEEKLY SUB~TOTAL $ 30,150.00 (Numbers) BIDDER'S PROJECT TOTAL (WEEKLY TOTAL x 104 WEEKS) = BASE BID $ 3, 1 3 5 , 6 0 0 . 0 0 (Numbers) BIDDER'S PROJECT TOTAL (WEEKLY TOTAL x 104 WEEKS) = BASE BID $ Three million one hundred thirty-five thousand six (Words) hundred dollars CONTRACTOR: Appalachian Material Service, Inc. B. ALTERNATE BID ITEMS ITEM EST. UNIT UNIT NO. DESCRIPTION UNIT OTY. PRlCE ALTERNATES: 1. CLASS B BIOSOLIDS WET TONS 435 $ 4R. 4Q.wetton REQUIRING (pER WEEK) INCORPORATION 2. UNST ABILIZED SLUDGE WET TONS 635 $ 51 .80wetton (DEW ATERED CAKE) (pER WEEK) TO RMF 3. LIQUID SLUDGE GALLONS 70,000 $ o. 05 4gallon (Approx. 6% Total Solids) (PER WEEK) MARSHALL ST. APCF TO NE APCF (ADDITIONAL STORAGE TRUCK METHOD) 4. LIQUID SLUDGE GALLONS 126,000 $ o. 04 4gallon (Approx. 6% Total Solids) (pER WEEK) MARSHALL ST. APCF TO NE APCF (PUMP FROM TANK METHOD) THE BIDDER'S TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. .' . ./;U= BIDDER'S PROPOSAL PROJECT: HAULING AND DISPOSAL OF BIOSOLIDS c. BASE BID ITEMS ITEM NO. DESCRIPTION EST. UNIT UNIT OTY. 435 UNIT PRICE TOT.<\1 1. STABILIZED (Class B) BIOSOLIDS (DEWATERED CAKE) TO LAND APPLICATION WET TONS (pER WEEK) $ 3 8 . 8 Q wet tOll $ ~8.2B.... 0 0 2. UNSTABILIZED SLUDGE WET TONS (DEW ATERED CAKE) (pER WEEK) MARSHALtST. APCF TO ANY OF ..l\.MS, INC RESIDUAL MGMT. 3. LIQUID SLUDGE . 'GALLONS (Approx. 6% 'fotal Solids) (pER WEEK) EAST APCF TO NE APCF 200 $44 . 80 wetton $ 8960 . 00 FAC]L~'J'JES 84,000 $0 ~ 018 gallon $ 1 5 1 2 . 00 .BIDDER'S WEEKLY SUB-TOTAL $ 27,350.00 (Numbers) BIDDER'S PROJECT TOTAL (WEEKLy TOTAL x 104 WEEKS) = BASE BID $ 2, 844, 400. 00 ..... '. (Numbers) BIDDER'S PROJECT TOTAL (WEEKLl{'10TAL x 104 WEEKS) = BASE BID. ,'.., $ Two million ei ght- hunn~A~ 'fourt~' f~H!r tho €I f. (,Words) .. ". '. . 1::1san- -O\::lr hundred .dollars CONTRACTOR: Appalachian Material SerVice, Inc. D. AL TERNA TE BID ITEMS ITEM. NO. DESCRIPTION AL TERNATES: EST. UNIT 1. UNSTABILIZED SLUDGE WET TONS (DEW A1EREDCAKE) MARSHALL S~f. APCF TO ANY OF AMS, INC. RESIDUAl, MGl\:lT. FACILITIES UNIT UNIT QTY. PRICE TOTAL 200 $_42.80_wet ton $_8560.00_ THIS PRICE I,S VALID IF AWARDED THEMARSHALL STREET APCF ONLY. WITH OUR EXPERIENCE IN STABALIZING RESIDUALS, AMS IS INTERESTED IN THIS PORTION OF THE PROJECT SPECIFICALLY. WE LOOK FORWARD TO PROVIDING TIlE CITY OF CLEARWATER WITH THIS SERVICE. CITY OF CLEARWATER, FLORIDA REQUEST FOR PROPOSAL (RFP #16-05) FOR BIOSOLIDS SERVICES OPEN MARCH 25, 2005 AT 4:00 PM TO BE DELIVERED City of Clearwater Purchasing Manager Municipal Services Building 100 So. Myrtle Avenue (3rd) Floor Clearwater, FL 33756 Or mailed to Purchasing Manager George McKibben PO Box 4748 Clearwater, FL 33758-4748 TABLE OF CONTENTS Section Title Page PART A. GENERAL INFORMATION 1. INTENT...... ... ... ... ;.. ...... ... ......... ......... ... ... ... ... ... .,. .,. .,. .,. .., ... ..........4 2. CALENDAR OF EVENTS................................................................. 4 3. AWARD...... ..................................................................................4 4. VENDOR QUALIFiCATIONS......... .., ... .., ... ............ ... ... ... ...... ." ...... ... 4 5. INSTRUCTIONS -INFORMATION TO BE SUBMITTED........................ 5 6. EVALUATION CRITERIA... .,. ... ...... ... ... ... ... ... ...... ... ... ... ... ... .., ............. 5 7. PERIOD OF CONTRACT......... ... .................. ...... ...... ... ... ... ................5 8. PRICE... ... ... ... ... ... ............ ... ... .,. ...... ... ... ............... .,. ...... .................5 9. PAYMENTIINVOICES... .,. ...... ...... ...... ...... ...... .., ......... ...... ...............5 10. REFERENCES...... ... .,. .., .., ... ... .., ... ... ... ... ...... .., .,. ... ... ..; ... ... ... ... ... ...5 11 . CANCELLATION AGREEMENT... ...... ... .. . ... ... ... ... ... .., ... ... ... ... ., . . .. ... .. 5 12. CONTRACT ASSIGNMENT... ......... ...... ...... ... ... ... ... ... .,. .,. ... ... ... ... .... 6 13. PERFORMANCE BOND.................................................................. 6 14. INSURANCE...... .,. .., ... ... .,. ... ... .., .,. ... ... ... ... ... ... ...... ......... ... .,. ... .,. ...6 15. FISCAL NON-FUNDING... .., .................. ......... ... ...... ... ......... .,. ... ...... 7 16. INTERPRETATIONS/CLAR!F!CATIONS... .,. ... ... ...... ........, ......... ... ... ... 7 17. VISIT TO SITES... ...... ......... ...... ............ ... ... ...... ...... .., ...... ... ... .,. ..... 7 18. SOURCE FACILITES...................................................................... 7 19. EXTENSION... ...... ...... ... ... ... ... .,. ... ... .,. ...... ... ...... ... ... ... ... ... .., ... .,. ...8 20. INDEMNIFiCATION........................................................................ 8 21. CONTRACT COMMUNiCATIONS.................................................. ....8 PART B. SPECIFICATIONS AND SCOPE OF WORK 1. GENERAL INFORMATION............... ................................................9 2. SCOPE...... ... ...... ............ ...... .., ... ... ... ... ... .,. ... ... ... ... ... ...... ... .......... 9 3. RESIDUALS BID ITEM DESCRiPTIONS................................. ..............1 0 4. COMPOSITION OF SLUDGE...........................;............................... 13 5. CONTRACTOR REQUIREMENTS... .,. ...... ... ... .., ...... .,. ... ...... .,. ...... .., ..14 6. REGULATORY REQUiREMENTS..................... .., .................. ........... 14 7. COMMUNiCATIONS....................................................................... 15 8. ODORS....................................................................................... .15 9. PERMITS, AGRICUL rURAL USE PLANS and LICENSES..................... 15 10. CLEANUP... .,. ... .,. ...... ...... ... ... ... ......... ...... ... ... ... .,. .., .., ... ,.. ... ... .,. .,. 16 11. EQUIPMENT... ... ... ...... ... ... ... ....... .., ...... ... ...... ... ... ...... ......... ............16 12. PAYMENTS AND PENALTIES......................................................... .17 13. QUALITY STANDARDS... ... ...... ... ... ... ... ... ... ...... .,. .,. ... .,. ... ... .., .., ... ... 18 14. MANIFESTS AND TRUCK TRACKING............................................... 18 15. REPORTING... ... ... ... ... .;. ... .,. ... ... .,. ... .., ... ... ... ... ... ... ... ... .., ... ... ... ... ...18 2 PART C. SUPPLEMENTAL STANDARD CONDITIONS 1. APPROPRIATIONS CLAUSE........................................................... 19 2. PROTEST PROCEDURES......................................- --.......... ..............19 3. NO CORRECTIONS CLAUSE... ... ... ... ......... ... ... ...... ......................... 19 4. OPENNESS OF PROCUREMENT CLAUSE........................................ 19 5. NO COLLUSION CLAUSE........................................ -...................... 19 6. INFORMALITY/REJECTION CLAUSE... ...... ...... ... ......... ............ ...... ...19 7. NON-DISCRIMINATION & EQUAL OPPORTUNITY.............................. 19 8. CONFLICT OF INTEREST.................................................. ...............20 ATTACHMENTS A. BIDDER'S PROPOSAL FORM... ......... .._............... ............ ... ......... ... .21 B. INSURANCE CERTIFiCATE............ ........................... ..................... 22 C. BONDING CERTIFICATE............................... .................................23 D. REFERENCE LiST......................................................................... 24 E AGRICULTURAL USE PLAN (DEP FORM 62-640.210(2)(a)).....................25 F. RESIDUALS ANNUAL SUMMARY (62-640.210(2)(b)) AND RESIDUALS MONITORING REPORT (DEP FORM 62-640.210(2)(d))... ............ ...... ... 26 3 PART A. GENERAL INFORMATION 1. INTENT It is the intent of this Request for Proposal to receive proposals from qualified firms to provide wastewater biosolids management services for three advanced pollution control facilities. The City of Clearwater desires to continue with and enhance its current program for the beneficial reuse ofbiosolids. 2. CALENDAR OF EVENTS The tentative schedule associated with the circulation of the RFP and submission of proposals is: DATE February 23, 2005 March 10, 2005 March 25,2005 March 28, 2005 April 21, 2005 May 1, 2005 3. AWARD TASK Release Date - Advertise and issue RFP's Pre-Proposals Conference (Site Visits ~ See Part A, Section 17) Sealed Proposals (RFP's) Due Selection Committee Recommendation to City Council City Council Approval - award of contract by Council Contract initiation! start date (if approved by Council) - Contractor Begins Work Proposals will be reviewed and evaluated by a group consisting of qualified City Staff and Consulting Engineers. The proposals will be evaluated on cost, level of treatment, proposer qualifications, and the financial capability of the proposer. The City shall not be bound to make an award based only on the lowest price. The City reserves the right to award to multiple providers. The City reserves the right to reject any and all proposals. 4. VENDOR QUALIFICATIONS In addition to requirements specified in the following paragraphs, the bidder should have the following minimum qualifications: a. 5 years experience in the sludge hauling and disposal business. b. Current sludge transportation licenses. c. Current FDEP permits. 4 5. INSTRUCTIONS -INFORMATION TO BE SUBMITTED Proposal must include Bidder's Proposal Form (Attachment A), Insurance Certificate (Attachment B), Bonding Certificate (Attachment C), Reference List (Attachment D), Agricultural Use Plan (DEP Form 62-640.21O(2)(a)) (Attachment E), and Residuals Annual Summary (DEP Form 62-640.21O(2)(b)) and Residents Monitoring Report (DEP Form 62- 640.21O(2)(d)) (Attachment F). 6. EVALUATION CRITERIA Evaluation will be performed by the evaluation team and consider proposal pricing included in Attachment A along with the proposer's qualifications indicated in a response to Item #4. 7. PERIOD OF CONTRACT The term of the contract awarded as result of this proposal shall be for twenty-four (24) months from the date of execution of the agreement with an option for a one-year extension at the discretion ofthe City. 8. PRICE The price shall be firm for the contract period and the optional extension. Prices proposed shall be inclusive of all labor, equipment, and material to accomplish the specified service noted on the proposal form. 9. PAYMENT/INVOICES The proposer must specify on the proposal submittal form their exact company name and address. This name must be the same as invoices submitted for payment as a result of award of this RFP. The successful proposer(s) will be responsible for immediately notifying the City of Clearwater Purchasing Department of any Company name change that would cause invoicing to change from that originally submitted. 10. REFERENCES Reliability of service shall be evaluated to determine the lowest responsible proposal according to ItertiH#3 of Part A: General Information. Proposers must provide a reference list of municipalities for whom they have provided similar service. It is the intent of the City of Clearwater to inspect all equipment and facilities used in performance of the contract. 11. CANCELLATION AGREEMENT The City of Clearwater reserves the right to cancel the contract without cause by giving thirty (30) days prior notice to the contractor in writing of the intention to cancel. The City of 5 ClealWater reserves the right to cancel at any time with cause if the contractor fails to fulfill or abide by any terms or conditions specified. Failure of the contractor to abide by any of the provisions and specifications of this contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of ClealWater. 12. CONTRACT ASSIGNMENT No portion or part of the work specified in the RFP or in the award of contract may be assigned or subcontracted without the written approval of the City of CleaIWater, Public Works Administrator and/or the Public Utilities Director. The written request :from the Contractor to the Wastewater Supervisor must state the extenuating circumstances that have necessitated the use of a subcontractor for the Work. The Contractor prior to subcontracting any portion of the project work must receive written approval :from the Wastewater Supervisor. An exception to this requirement will be allowed for the liquid hauling from the Marshall Street Advanced Pollution Control Facility (APCF) and the East APCF to the Northeast APCF. 13. PERFORMANCE BOND The successful proposer must supply a performance bond in the amount often percent (10%) of the total. of the award prior to the City of ClealWater's executing the contract or issuing a purchase order. 14. INSURANCE The contractor or Vendor shall obtain or possess the following insurance coverage, and shall provide Certificates of Insurance to the City to verify coverage prior to commencing operations under the contract. The insurance coverage shall contain a provision that forbids any changes or material alterations in the coverage without providing 30 days prior notice to the City. 1. Workers Compensation: Each Contractor or Vendor shall provide Workers Compensation coverage for all of its employees at the work location. The limits shall be statutory for Workers Compensation and $100,000.00 for Employers Liability. 2. Comprehensive General Liability: Each Contractor or Vendor shall provide coverage for all operations including but not limited to: contractual services, completed operations, and Personal Injury. The limits shall be not less than $1,000,000.00 Combined Single Limits (CSL) or its equivalent. The City of ClealWater is to be added as an additional insured. 3. Comprehensive Automobile Liability: Each Contractor or Vendor shall provide coverage for all owned and leased or rented vehicles for limits not less than $500,000.00 Combined Single Limits (CSL) or its equivalent. The City of ClealWater is to be added as an additional insured. 6 15. FISCAL NON-FUNDING In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the contractor of such occurrence and the contract shall terminate on the last day of the then current fiscal period without penalty or expense to the City. 16. INTERPRETATIONS/CLARIFICATIONS No oral interpretations will be made to any firm as to the meaning of specifications or any other contract documents. Every request for interpretation must be in writing and shall be received by the City of Clearwater Purchasing Director no less than ten (10) calendar days prior to the date set for the opening of proposals. Significant interpretations or clarifications shall be made as an addendum to the RFP documents. All addenda will be sent as promptly as practicable and become part of the contract documents. 17. VISIT TO SITES There will be a NON-MANDATORY scheduled "Pre-Proposal Conference" on March 10, 2005, starting at 9:00 AM at the Marshall Street APCF proceeding to the other two source facilities. The intent of this conference is to familiarize the contractor with each of the facilities and the associated loading area, access, and adjacent structures. It is highly recommended that the proposing contractor utilize this opportunity to access the areas, since there will be no guarantee that personnel will be available at other dates & times. Contacts and physical location of the facilities are identified in Section 18 of Part A General Information. 18. SOURCE FACiliTIES City of Clearwater Northeast Advanced Pollution Control Facility 3290 State Road 580 Clearwater, Florida 34695 (727) 462-6667 Contact: Roger Hooey, Lead Operator City of Clearwater Marshall Street Advanced Pollution Control Facility 1605 Harbor Drive Clearwater, Florida 33755 (727) 224-7690 Contact: Jeff Borden, Lead Operator City of Clearwater East Advanced Pollution Control Facility 3141 Gulf-to-Bay Clearwater, FL 33759 (727) 462-6667 Contact: Loren Pratt, Lead Operator 7 19. EXTENSION The length of this Contract shall be for twenty four (24) months. Contingent upon satisfactory annual performance, there is an option to extend this contract for an additional year at the same per unit prices. Upon written authorization of both parties within 60 days of the expiration ofthis contract, either party may contact the other party. 20. INDEMNIFICATION The first ten dollars ($10.00) of compensation received by the Contractor pursuant to this contract represents specific consideration for the following indemnification: The Contractor shall defend, indemnify, save, and hold the City of Clearwater harmless from any and all claims, suits, judgments and liabilities for death, personal injury, bodily injury, or property damage arising directly or indirectly from the performance of this contract by the Contractor or it's employees, including legal fees, court costs, and any and all other legal expenses brought on account of any injuries or damages received or sustained by any person, persons, or property by or from the said Contractor; or by , or in consequence of any neglect in safeguarding the work: or by, or on account of any act or omission, neglect or misconduct of the said Contractor; or by, or on account of any claims or amounts recovered under the "Workers Compensation Law" or of any other laws, by-laws, ordinance, order or decree, except only such injury or damage as shall have been occasion.ed by the sole negligence of the City of Clearwater. 21. CONTRACT COMMUNICATIONS All operational communications relative to this contract after award and contract execution shall be provided to the Contractor's operational manager via telephone and/or fax, and duplicated in writing (if not conveyed by facsimile) to the Contractor's operational manager. The Contractor is to provide a contract administrator for the purpose of cooperation and coordination of activities regarding operations, conflicts, resolutions, etc. 8 PART B. SPECIFICATIONS AND SCOPE OF WORK 1. GENERAL INFORMATION The information appearing hereafter is furnished for the benefit of the bidder in preparing his bid as some portion of the information mayor may not appear elsewhere in the bid documents. The selected Contractor will be given as much latitude and assistance as possible in planning and coordinating his work, however, all work required to properly achieve the objective of the project must be carried out and be consistent with approved domestic wastewater residuals removal, treatment and disposal practices normally observed throughout the industry and must comply with all Federal, State, County and local regulations as well as the Contract Documents. 2. SCOPE The purpose of these specifications is to describe the requirements of the City of Clearwater for: . the removal and disposal of dewatered and stabilized (Class B) and/or dewatered and unstabilized domestic wastewater residuals (residuals) from the City's Marshall Street and Northeast advanced pollution control facilities (APCF), . haul of liquid unstabilized residuals from the City's East APCF to the Northeast APCF, and . two possible options to haul liquid unstabilized residuals from the Marshall Street APCF to the Northeast APCF, . a possible option to haul dewatered and unstabilized domestic wastewater residuals from the Marshall Street and Northeast APCFs to a Residuals Management Facility (RMF), . a possible option to haul dewatered residuals not meeting the Vector Attraction requirements of Class B to the hauler's permitted site for incorporation into the soil within 6 hours of application on the land. The selected Contractor will furnish all labor, materials, equipment and incidentals necessary to remove, transport, and dispose of wastewater sludge in the manner prescribed in and pursuant to the requirements ofthis contract. 9 3. RESIDUALS BID ITEM DESCRIPTIONS A. Base Bid Items There are three (3) base bid items as described in this section. The contract will be awarded based on the sum of the bid prices of these three items, and the evaluation process described in Part A.6. 1. Stabilized (Class B) Biosolids (Dewatered Cake) to Land Application The estimated annual amount of dewatered and stabilized (Class B) Biosolids to be removed and disposed of from the Northeast APCFs is approximately Twenty Thousand (20,000). wet tons, based on an assumed solids concentration of 16%. The amount of residuals to be removed daily will vary from day to day as required for efficient plant operation, however, an estimate of four hundred thirty five (435) wet tons will need to be removed weekly. For bidding purposes the following removal and disposal quantities of stabilized and dewatered residuals shall be used: Stabilized (Class B) Biosolids from the Northeast APCF: 435 wet tons per week 2. Un stabilized Sludge (DewateredCake) to Landfill The estimated annual amount of dewatered and unstabilized residuals to be removed and disposed of from the Marshall Street APCFs is approximately Nine Thousand (9,000) wet tons, based on an assumed solids concentration of 16%. The amount of residuals to be removed daily will vary from day to day as required for efficient plant operation; however, an estimate of two hundred (200) wet tons will need to be removed weekly. For bidding purposes the following removal and disposal quantities of stabilized and dewatered residuals shall be used: Un stabilized residuals from the Marshall Street APCF: 200 wet tons per week 3. Liquid Sludge (Approximately 6% Total Solids) East APCF to NE APCF The East APCF produces a liquid residual that requires transport to the Northeast APCF for stabilization and dewatering. The estimated amount of unstabilized liquid residuals to be hauled from the East APCF to the Northeast APCF for stabilization and dewatering will vary from day to day as required for efficient plant operation; however an estimate of approximately 84,000 gallons per week 10 will need to be hauled. The liquid biosolids are approximately 6% (+1- 2%) total solids and are unstablized. Bidders shall use the following hauling quantities for bidding purposes: Un stabilized sludge from the East APCF to the Northeast APCF (a distance of approximately 5 miles): 84,000 gallons per week B. Alternate Bid Items: The City is interested in other sludge disposal options as shown in the following alternate items. Bidder is not required to submit the alternate bid prices, but inclusion will facilitate selection and award of contract. 1. Class B Biosolids Requiring Incorporation In the event that routine testing of biosolids generated at the Northeast APCF determines that the biosolids meet the Class B requirements for Pathogen Reduction, but do not meet the Class B requirement for Vector Attraction Reduction, the City wants the option of hauling these dewatered residuals to the hauler's permitted site for incorporation into the soil within 6 hours of application on the land. The amount of residuals to be removed and disposed of in this manner will vary depending on the results of the routine biosolids testing. For bidding purposes the following removal and disposal quantities of Class B biosolids requiring incorporation shall be used: Class B Bioslids Requiring Incorporation: 435 wet tons per week 2. Unstablized Sludge (Dewatered Cake) to RMF The City may decide that unstabilized dewatered residuals can be hauled to an RMF based on hauling and disposal fees. This may include the unstablized and dewatered residual generated at the Marshall Street APCF, any dewatered residuals generated at theNortheastAPCF that routine testing determines does not meet Class B requirements for stabilization, or the combination of these two residual quantities. The amount of residuals to be removed daily will vary from day to day as required for efficient plant operation and will depend on the results of the routine biosolids testing. However, for bidding purposes an estimate of two hundred (200) wet tons of dewatered unstabilized residuals from the Marshall Street APCF 11 and four hundred thirty five (435) wet tons of dewatered unstabilized residuals from the Northeast APCF may need to be removed weekly. Bidders shall use the following hauling quantities for bidding purposes: UnstabiIized sludge to RMF: 635 wet tons per week 3. Liquid Sludge (Approx. 6% Total Solids) to NE APCF (Additional Storage Truck Method) The liquid residuals produced by the Marshall Street APCF can be either waste activated sludge or a mixture of primary and waste activated sludge. If the City decides that only waste activated sludge is to be hauled to the Northeast APCF for stabilization and dewatering, the hauler will be required to have a minimum 6,000 gallon sludge tanker on site at all times available for filling and then hauling to the Northeast APCF. This is necessary because the Marshall Street APCF does not have storage tanks available to isolate primary and waste activated sludges. The liquid biosolids are approximately 6% (+/- 2%) total solids and are unstablized. The estimated amount of unstabilized liquid residuals (waste activated sludge) that can be hauled from the Marshall Street APCF to the Northeast APCF for stabilization and dewatering will vary from day to day and will depend on the capability and capacity of the systems at the Northeast APCF. Bidders shall use the following hauling quantities for bidding purposes: Un stabilized liquid sludge from the Marshall Street APCF to the Northeast APCF (a distance of approximately 8.5 miles): Waste activated sludge only: 70,000 gallons per week 4. Liquid Sludge (Approx. 6% Total Solids) to NE APCF (Pump From Tank Method) If the City decides that the mixture of primary and waste activated sludge is to be hauled to the Northeast APCF for stabilization and dewatering, the mixture of sludges can be stored by the City in an existing sludge blend/storage tank at the Marshall Street APCF. As a result, the liquid sludge mixture can be pumped directly from the existing storage tank at the Marshall Street facility. The estimated amount of unstabilized liquid residuals that can be hauled from the Marshall Street APCF to the Northeast APCF for stabilization and dewatering will vary from day to day and will depend on the capability and capacity of the systems at the Northeast APCF. 12 Bidders shall use the following hauling quantities for bidding purposes: Un stabilized sludge from the Marshall Street APCF to the Northeast APCF (a distance of approximately 8.5 miles): Waste activated sludge plus primary sludge: 126,000 gallons per week Note that all of these residual quantities should be used for estimating purposes only. The actual quantities may vary because the City may be able to produce Class B Biosolids from a portion of the Marshall Street APCF sludge at the Northeast APCF, or conditions may not allow all sludge treated at the Northeast APCF to meet Class B requirements. Therefore, this quantity can be either all Class B biosolids, all unstabilized sludge, or any combination of the two. It is further understood that these quantities are not exact and that the City makes no guarantee of the total amounts to be hauled or removed for disposal. Seasonal fluctuations may require processing of 200% of the average. Should the City encounter operational problems at the APCFs which impact the shipment of bio-solids, the Contract shall make every effort to accommodate such interruptions. Frequency of Removal: An estimate of six hundred thirty five (635) wet tons per 7-day week of thickened wastewater re::;iduals shall be removed with such removal distributed over a 5 day period, between the hours of 7:00 A.M. to 4:00 P.M., Monday through Friday. For residuals removal at other times, a verbal request must be submitted to. the Wastewater Supervisorior approval. Residuals disposal on City observed/calendar holidays without additional compensation will be scheduled only if necessary. The Contractor shall coordinate the scheduling of residuals removal during the above days and times with.the Wastewater Supervisor or his designee. Under no circumstances shall scheduled residuals removal be delayed more than 48 hours. See Paragraph 12 regarding Penalties. The Contractor shall notify the Wastewater Supervisor or his designee immediately whenever situations develop that would interfere with the scheduled residuals removal. 4. COMPOSITION OF SLUDGE The Clearwater Northeast and Marshall Street APCFs will provide stabilized and/or unstabilized domestic wastewater residuals at a solids concentration of ranging from approximately 16.0% to 18% total solids. The following is the latest 12-month average of reported parameters for the residuals from each of these facilities. The data is provided for informational purPoses only and is not a guarantee of the characteristics of the biosolids. Parameter Units Average Concentration Northeast Marshall Street(l) Total Nitrogen Total Phosphorus Total Potassium % dry wt. % dry wt. % dry wt. 0.24 0.20 0.22 0.30 0.18 0.11 13 Cadmium mg/kg, dry wt. <0.55 <0.55 Copper mg/kg, dry wt. 800 754 Lead mg/kg, dry wt. 31 54 Nickel mg/kg, dry wt. 40 46 Zinc mg/kg, dry wt. 693 657 Arsenic mg/kg, dry wt. 20 22 Chromium mg/kg, dry wt. 30 35 Mercury mg/kg, dry wt. 1.1 1.1 Molybdenum mg/kg, dry wt. 26 22 Selenium mg/kg, dry wt. 6.6 7 pH (Laboratory) Units N/ A (2) N/A Total Solids % 17.6 (3) 17(3) Notes: (1) The data is representative of anaerobically digested blend of primary sludge and thickened WAS from the Marshall Street APCF. (2) pH of un stabilized domestic wastewater residuals will be pH 6.5 to pH 9.0. (3) Total solids of residuals will be in the range of 16 to 18% total solids. 5. CONTRACTOR REQUIREMENTS The Contractor ac~epts fulJ responsibility and liability for the hauling and disposal of residuals from the pointsofloading from the source facility, in accordance with Chapter 62.640, F.A.C. Biosolids disposal from the City's Northeast and Marshall Street APCFs will be as follows: 1. Class B Biosolids by the following Land Application Methods: a) Surface application: Biosolids that meet the Class B pathogen reduction and vector attraction reduction, per 62-640.600(1)(b), F.A.C., can be directly surface applied by the hauler on their permitted land application sites. b) Incorporation into soil: Biosolids that meet Class B pathogen reduction, but do not meet the Class B vector attraction reduction requirements can be incorporated into the soil by the hauler on their permitted land application sites that allow incorporation to achieve vector attraction reduction. 2. Biosolids that do nQLmeet Class B requirements (unstabilized biosolids) shall be disposed of at a Class I Landfill or at a Residuals Management Facility (RMF) by the contract hauler. 6. REGULATORY REQUIREMENTS The Contractor shall be responsible to comply with eXIstmg Florida Department of Environmental Protection (FDEP) and United States Environmental Protection Agency (EP A) ,residuals treatment and disposal regulations and any changes made in these regulations during the contract period. 14 The Contractor shall meet the requirements of all regulatory bodies having jurisdiction over the hauling, treatment and disposal of domestic wastewater residuals. The Contractor assumes all responsibility for residuals analysis as required in Chapter 62-640, F.A.C. Any spillage, leakage, or release of residuals in transit or at any other location other than an FDEP approved disposal site must be reported to the Wastewater Supervisor and all regulatory agencies within twenty-four (24) hours of the occurrence and include details of the quantity and ultimate disposal method. All clean-up costs are the responsibility of the Contractor. The Contractor agrees, upon receipt of residuals from the City that they will be treated as required by Chapter 62-640, F.A.C. and STANDARDS FOR THE USE OR DISPOSAL OF SEWAGE SLUDGE as outlined in 40 CFR Part 503, that he will accept responsibility for proper treatment and disposal of the residuals as required by Chapter 62-640, F.A.C. and Contractor shall be aware of and will comply with requirements for proper disposal as described in the existing operating permits for each APCF issued by the Florida Department of Environmental Protection. The City of Clearwater's Northeast APCF Domestic Wastewater Facility Permit was issued by FDEP on August 25, 2000 and expires on August 24,2005. The Permit for the Marshall Street APCF was issued on June 2,2000 and expires on June 1,2005. COPIES OF THE PERMITS FOR EACH FACILITY ARE AVAILABLE UPON REQUEST TO THE CITY OF CLEA WATER PURCHASING DEPARTMENT. 7. COMMUNICATIONS The Contractor shall have a me.ans by which the Wastewater Supervisor or his designee can contact the Contractor or his employee in responsible charge, 24 hours per day, 7 days per week. An answering service, electronic paging device or cellular telephone that causes the Contractor or his employee in responsible charge to respond within 30 minutes of the Wastewater Supervisor's contact attempt will be satisfactory. 8. ODORS The City of Clearwater's domestic wastewater residuals shall be disposed of in a manner, which will not cause or contribute to a nuisance odor. 9. PERMITS, AGRICULTURAL USE PLANS and LICENSES The Contractor shall be responsible for obtaining, maintaining and paying for all permits, licenses and registration required by regulatory agencies having jurisdiction over the treatment, hauling, transportation and disposal of wastewater residuals. The Contractor shall secure the required permits for proper reuse and/or disposal of the residuals. This includes preparation of the required Agricultural Use Plan (DEP Form 62-640.210(2)(a)). The Contractor shall submit copies of the Agricultural Use Plan; all permit applications, 15 approved permits with site plans, and any and all other documentation as required by the Regulatory Agencies, to the City, at no cost to the City. Please note that the City is requiring that Bidders submit with their proposals two (2) copies of the Agricultural Use Planes) for their proposed disposal site(s). The bidder must have multiple sludge disposal sites. Bidders with a single permitting site may not be considered. Records and reports will be submitted to the Wastewater Supervisor as required in Paragraphs 12 & 15. 10. CLEANUP The Contractor shall clean up the job site at the wastewater treatment plants and at the residuals disposal sites at the end of each day of operations. Daily cleanup shall include the removal of soil or residuals dropped on any roads or on public and private property. Daily cleanup shall also include the cleanup of the residuals loading station, cleanup and removal of spilled residuals, and sanitizing any spill area. Any spillage of residuals shall be reported within twenty-four (24) hours to the Regulatory agencies and the Wastewater Supervisor as required in Paragraph 6. 11. EQUIPMENT The Contractor is required to provide all necessary equipment for residuals removal and disposal including hauling vehicles. The Contractor is to own or be sole lessee of the equipment utilized in the performance of the Contract (i.e., no Owner/Operator tractors). The equipment is to have the company name prominently displayed. All hauling vehicles shall have a functional site gauge marked in a fashion to be representative of tank capacity. If a site gauge on a vehicle reporting to the wastewater treatment plant is not functional, i.e., plugged or stained, it must be unplugged if plugged and replaced if stained before the vehicle returns to the wastewater treatment plant for another load. All hauling vehicles shall arrive at the wastewater treatment plants completely empty. All hauling vehicles are to be kept clean and neat through regular washing (preferably daily) and painting. The Contractor is required to provide other equipment that may be necessary to provide all services specified herein. All equipment shall be in good condition and be properly maintained to minimize down time and should be appropriate for the application. All equipment shall be maintained so that it can be safely operated and does not present a threat to people, private or public property. It shall be the Contractor's responsibility to keep all of this equipment in good working order. The Wastewater Supervisor reserves the right to turn away from the wastewater treatment plants any hauling vehicles/equipment that arrive in an unsafe condition, have obviously not been maintained or are excessively dirty. 16 12. PAYMENTS AND PENALTIES Payments: The Contractor shall provide duplicate receipts (2) for every truckload of residuals hauled from the wastewater treatment facilities. The receipt shall include weight ofbiosolids and truck tare weight. Each truckload shall have a designated hauling receipt number. These receipts shall be left with the Wastewater Supervisor or his designee on the same day that the residuals are removed. These receipts shall include company name, date, and time of arrival, time of departure, trailer tag number, disposal site, ground water depth, and volume in gallons, driver's signature and Owner's personnel signature. The Contractor shall submit an invoice to the City of Clearwater for payment each month. Included with the invoice shall be completed Florida Department of Environmental Protection Standard Domestic Wastewater Forms: Residuals Annual Summary (DEP Form 62- 640.21O(2)(b)) and Residuals Monitoring Report (DEP Form 62-640.21O(2)(d)). DEP Forms are incorporated in these bid documents by reference. . Entry on form must include each load ticket number in conjunction with site where residuals were applied. Such form shall be signed and dated by an authorized representative of the company. No invoice for payment shall be submitted without the completed residuals record keeping form. Payments will be based upon the residuals hauling volume calculated by the Wastewater Supervisor and not necessarily that, which is invoiced. Differences between invoiced and calculated volumes must be reconciled between the Contractor and the Wastewater Supervisor before payment on the disputed volume is authorized. The Contractor may observe Owner calculation methods and may have drivers witness measurements used in calculations. 1. Penalties: The estimated quantity of residuals to be removed per week from the Marshall Street and Northeast APCFs is six hundred thirty five (635) wet tons. The estimated quantity of liquid residuals to be hauled from the East APCF to the Northeast APCF is eighty four thousand (84,000) gallons. The Wastewater Supervisor or his designee will inform the Contractor of the quantities to be hauled as the amounts may be more or less than the weekly estimates listed above. If the Contractor does not remove the quantity scheduled by the Wastewater Supervisor or his designee, the Contractor has up to 48 hours to make up the lost quantity while still keeping up with the regularly scheduled quantity. If the Contractor does not make up the lost quantity within 48 hours, the Contractor shall have the obligation to haul such quantity without receiving payment thereof. Failure to haul the quantity, as set forth herein shall be deemed to be a material breach of this Contract. 17 13. QUALITY STANDARDS Labor, materials and equipment shall be of good quality and be able to perform the project work. Competent operators with appropriate Commercial Driver Licenses shall be provided for the operation of all Contractor equipment. 14. MANIFESTS AND TRUCK TRACKING The Contractor shall provide a numbered ticketing system that will effectively identify the following: the date, the time the load is removed, gallons or wet ton weight, the driver, trailer number, City Staff signature, and any other information necessary to track the removal of bio- solids from the City's facilities. This ticketing system shall be multi-copy so each of the parties may receive a copy of each load. The Marshall Street and Northeast plants have scales and are able to provide a net weight ticket for each load of pressed cake removed. The scales are certified annually by the Florida Department of Agriculture. 15. REPORTING The Contractor will furnish to the City quarterly facility and field operations reports. These reports shall summarize the past quarter and be provided to the City no later than the end of the month following the quarter (Jan-Mar is due by April 30). The City of Clearwater will provide the Contractor monthly biosolids analysis data for the cake produced at the Marshall Street and Northeast facilities. 18 PART C. SUPPLEMENTAL GENERAL CONDITIONS 1. APPROPRIATION CLAUSE The City, as an entity of government, is subject to the appropriation of funds by its legislative body in the amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this contract for each and every fiscal year following the fiscal year in which this contract shall remain in effect. Upon notice that sufficient funds are not available in the subsequent fiscal years, the City shall therefore be released of all terms and other conditions. 2. PROTEST PROCEDURES - RIGHT TO PROTEST Any actual or prospective bidder who is aggrieved in connection with the solicitation or award of a contract may seek resolution of their complaints by contacting the Purchasing Manager. 3. NO CORRECTIONS CLAUSE Once a competitive proposal is submitted, the City shall not accept any request by any proposer to correct errors or omissions in any calculations or competitive price submitted. 4. OPENNESS OF PROCUREMENT CLAUSE Written competitive proposals, other submissions, correspondence, and all records made thereof, as well as negotiations conducted pursuant to this RFP, shall be handled in compliance with Chapters 119 and 286, Florida Statutes. The City gives no assurance as to the confidentiality of any portion of any proposal submitted. 4. NO COLLUSION CLAUSE By offering a submission of an RFP, the proposer certifies that they have not divulged to, discussed or compared his/her competitive proposal with any other proposers and has not colluded with any other proposers or party whatsoever. 6. INFORMALITY/REJECTION CLAUSE The City reserves the right to reject any or all responses and to wave any irregularity, variance or informality whether technical or substantial in nature, in keeping with the best interests of the City. 7. NON-DISCRIMINATION & EQUAL OPPORTUNITY It is the desire of the City of Clearwater to provide Minority/Women-Owned, Small and Emerging Business Enterprises, and all other business enterprises an equal opportunity to 19 participate in the performance of all contracts, subcontracts, and other City of ClealWater business activities. The City ofClealWater is an equal opportunity employer. 8. CONFLICT OF INTEREST Proposers warrant and covenant that no official or employee of the City of ClealWater, nor any business entity in which an official of the City of ClealWater has an interest, has been employed or retained to solicit or aid in the procuring of the resulting contract, nor that any such person will be employed in the performance of such contract without immediate divulgence of such fact to the City of ClealWater. Proposers will notify the City of ClealWater of any potential conflict of interest regarding other work or third party contracts. 20